MODIFICATION
S -- NIST Boulder Pest Control - Amendment 4
- Notice Date
- 8/14/2018
- Notice Type
- Modification/Amendment
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), NIST AMD Boulder, 325 Broadway, Boulder, Colorado, 80305, United States
- ZIP Code
- 80305
- Solicitation Number
- NB194000-18-03023
- Archive Date
- 8/31/2018
- Point of Contact
- Patricia Rose, Phone: 3034973106, Tiffany Atchison, Phone: 3034975628
- E-Mail Address
-
patricia.rose@nist.gov, tiffany.atchison@nist.gov
(patricia.rose@nist.gov, tiffany.atchison@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 4 - Revised PWS Amendment 4 - Questions and Answers from the Site Visit The purpose of Amendment 4 is to attach the Questions and Answers from the site visit that are in addition to those included in Amendments 1 - 3, and to attach the revised PWS. No other changes. The purpose of Amendment 3 is to attach the Questions and Answers in addition to those included in Amendment 2, and to include the Map location attachment. A site visit is scheduled. See the Amendment 3. It will not be changed or re-scheduled. No other changes. The purpose of Amendment 2 is to attach the Questions and Answers. No other changes. The purpose of Amendment 1 is to attach the CLIN Pricing Sheet. No other changes. RFQ SUMMARY: This Requirement is 100% set-aside for Small Businesses (SB) only. The Department of Commerce, National Institute of Standards and Technology (NIST), Boulder, CO site is soliciting quotes under Solicitation number NB194000-18-03023 to provide all necessary labor, materials, equipment and supervision to perform pest control services. This is a Request for Quote (RFQ) and the Government intends to award a Firm Fixed Price Purchase Order to the responsible offeror whose proposal constitutes the lowest price technically acceptable to the Government using procedures in accordance with FAR Part 13. This acquisition will be 100% set-aside for SB concerns only. The North American Industry Classification System (NAICS) for this requirement is 561710 - Exterminating and Pest Control Services and Product Service Code (PSC) S207 - Housekeeping- Insect/Rodent Control. All interested and responsible parties may submit a quote to patricia.rose@nist.gov. The solicitation number is MB194000-18-03023. Offerors must be registered in the System for Award Management (SAM) database (http://www.sam.gov) and complete online Representations and Certifications at (http://www.sam.gov). See FAR Clause 52.204-7. RFQ: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Please acknowledge receipt of this Request for Quote (RFQ). Indicate via email if you decline to provide a quote by responding "no quote". (i) Solicitation number NB194000-18-03023 is a Request for Quotation (RFQ) conducted under the authority of FAR 13, Simplified Acquisition Procedures. (ii) This RFQ, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. (iii) The associated NAICS code 561710 for Exterminating and Pest Control Services, has a small business size standard of $11M. This IS a small business set-aside. (iv) Attached is the Performance Work Statement (PWS) describing the requirements for solicitation NB194000-18-03023 for the following line item(s) number(s) and items, quantities, and unites of measure (including any applicable option(s)). **See attached CLIN offer sheet** The Contractor shall complete and return the CLIN offer sheet with their quotation. (v) A Description of the requirements for the items to be acquired are in the attached PWS and associated attachment(s). (vi) Date(s) and place(s) of delivery and acceptance and FOB point are required in accordance with the attached PWS and associated attachment(s). (vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offeror shall meet all technical requirements and deliverable schedule as provided in this RFQ. (viii) The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a firm fixed price contract to the offeror with the Lowest Price Technically Acceptable (LPTA) quote, based upon the technical specifications as detailed within the attached PWS. See attached Addenda (ix) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited are applicable to the acquisition: 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-3 Alt 3, Buy American Act-Free Trade Agreements-Israeli Trade Act (as applicable) 52.225-13, Restrictions on Certain Foreign Purchases (as applicable) 52.232-33, Payment by Electronic Funds Transfer (xii) The following additional contract requirement(s) and additional terms and conditions are necessary for this acquisition and consistent with customary commercial practices: Additional Contract Requirements: All communications and documents must include the solicitation # NB194000-18-03023 PEST CONTROL. Please email your quote to the Contracting Officer, Patricia Rose (Bullington) at patricia.rose@nist.gov. All quotations shall include the following information: • Information sufficient to demonstrate you can meet or exceed the requirements in the PWS. • Firm fixed price quote. **See attached CLIN offer sheet** The Contractor shall complete and return the CLIN offer sheet with their quotation. • NIST intends to award a purchase order with a one-year Base and four one-year options. See Period of Performance in PWS. • Company DUNS No. In order to be eligible for this award, the offeror must have and maintain an active registration at the System for Award Management at www.sam.gov., and have completed Representations and Certifications therein for the specified NAICS code, or submit separate Representations and Certifications if the specified NAICS code is not listed in their SAM registration. • Payment Terms: Net 30. NIST-LOCAL 54: Electronic Billing Instructions Clause applies. See Additional Terms and Conditions below. Additional Terms and Conditions: Provisions - FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.209-12, Certification Regarding Tax Matters FAR 52.222-56, Certification Regarding Trafficking in Persons Compliance Plan FAR 52.211-6, Brand Name or Equal FAR 52.217-5, Evaluation of Options FAR 52.232-15, Progress Payments Not Included. CAR 1352.213-70, Evaluation Utilizing Simplified Acquisition Procedures CAR 1352.215-70, Proposal Preparation CAR 1352.233-70, Agency Protests CAR 1352.233-71, GAO and Court of Federal Claims Protests Clauses - FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.225-19, Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. FAR 52.247-34, FOB Destination CAR 1352.201-70, Contracting Officer's Authority CAR 1352.209-73, Compliance with the Laws CAR 1352.209-74, Organizational Conflict of Interest CAR 1352.246-70, Place of Acceptance NIST LOCAL-53, CONTRACT PERFORMANCE DURING CHANGES IN NIST OPERATING STATUS: Unless otherwise stated in the contract terms and conditions, normal days of business operation are Monday through Friday, excluding Federal Holidays. However, throughout the contract period of performance, there may be circumstances beyond the control of the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), that will impact normal days of business operation, such as inclement weather, power outages, etc. In circumstances such as these, the Contractor must call the appropriate NIST campus status line to verify the operating status: Gaithersburg Campus Operating Status Line: (301) 975-8000 (800) 437-4385 x8000 (toll free) Boulder Campus Operating Status Line: (303) 497-4000 During a lapse in appropriation, access to Government facilities and resources, including equipment and systems, will be limited to excepted personnel for both Federal employees and Contractor personnel. If performance of the contract is onsite and/or requires Government interaction, unless you have been, or are notified that you are to work under an excepted status, you will automatically enter a temporary work stoppage. The work stoppage shall remain in effect until the lapse is resolved and notification is provided via the NIST website at https://www.nist.gov/ and/or the NIST operating status lines. Additionally, Contractors are encouraged to monitor public broadcasts or the Office of Personnel Management's website at www.opm.gov for the Federal Government operating status. NIST will provide notification to all contractors that are determined to have excepted status. All excepted contractors are required to continue performance and communicate with the appointed Contracting Officer's Representative (COR) for further guidance, or NIST Contracting Officer if a COR is not appointed. Contractors with supply or service contracts that are fully funded at the time of contract award and do not require access to Government facilities, resources, or active administration by Government personnel in a manner that would cause the government to incur additional obligations during the lapse in appropriation may continue performance. NIST LOCAL-54 ELECTRONIC BILLING INSTRUCTIONS: NIST requires that Invoice/Voucher submissions are sent electronically via email to INVOICE@NIST.GOV. Each Invoice or Voucher submitted SHALL INCLUDE the following: (1) Contract number; (2) Contractor name and address; (3) Unique entity identifier (see www.sam.gov for the designated entity for establishing unique entity identifiers); (4) Date of invoice; (5) Invoice number; (6) Amount of invoice and cumulative amount invoiced to-date; (7) Contract Line Item Number (CLIN); (8) Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered; (9) Prompt payment discount terms, if offered; and (10) Any other information or documentation required by the contract. (xiii) Defense Priorities and Allocations System (DPAS) is NOT applicable and not assigned a rating. (xiv) The solicitation will close on August 16, 2018 at 10:00am Mountain Time. All quotations shall be delivered electronically by the specified close date and time to Patricia Rose (Bullington), Contracting Officer at patricia.rose@nist.gov. (xv) Contact Patricia Rose (Bullington), Contracting Officer at 303-497-3106 or patricia.rose@nist.gov for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/db61fcc7a4802cf92e2eb1cc3aa9e68d)
- Place of Performance
- Address: Department of Commerce, National Institute of Standards and Technology, 325 Broadway, Boulder, Colorado, 80305, United States
- Zip Code: 80305
- Zip Code: 80305
- Record
- SN05035609-W 20180816/180814231045-db61fcc7a4802cf92e2eb1cc3aa9e68d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |